2272 PBA 19/20-76 Police Uniforms-Piggyback-Blue Line Innovations❑
Development Order
Mayor's signature
F-1
Final Plat (original mylars)
❑
Recording
❑
Letter of Credit
Rendering
F]
Maintenance Bond
Safe keeping (Vault)
R
Ordinance
E]
Deputy City Manager
F-1
Performance Bond
R
Payment Bond
R
Resolution
F-1
City Manager Signature
El
❑
City Clerk Attest/Signature
City Attorney/Signature
Once completed, please:
Return originals to Purchasing- Department
❑ Return copies
El
Special Instructions: PBA with City of Lakeland, expires 1/10/2022
Li,v�.o(ye,y 6oa&z4&v-
From
SliarePoint—Finaiice—Purchasiiig_Forms - 2018.doc
- - I \ \ \ s 12v2c,
Date
Blue Lines Innovations, LLC Piggyback Contract (PBA 19/20-76)
(Police Uniforms)
The City of Sanford ("City") enters this "Piggyback" Contract with Blue Lines
Innovations, LLC, a Florida limited liability company (hereinafter referred to as the
"Vendor"), whose principal address is 1128 Royal Palm Beach Boulevard, Suite 500,
Royal Palm Beach, Florida 33411, under the terms and conditions hereinafter provided.
The City and the Vendor agree as follows:
(1). The Purchasing Policy for the City of Sanford allows for "piggybacking"
contracts. Pursuant to this procedure, the City is allowed to piggyback an existing
government contract, and there is no need to obtain formal or informal quotations,
proposals or bids. The parties agree that the Vendor has entered a contract with the
City of Lakeland, Florida Police Department, said contract being identified as "Bid
Number 9210", as may have been amended, in order for the Vendor to provide goods
and services relating to the City's need for police uniforms (said original contract
being referred to as the "original government contract" which is based upon
procurement activity conditions).
(2). The original government contract documents are incorporated herein by
reference and attached as Exhibit "A" to this Contract. All of the terms and conditions
set out in the original government contract are fully binding on the parties and said
terms and conditions are incorporated herein; provided, however, that the City will
negotiate and enter work orders/purchase orders with the Vendor in accordance with
City policies and procedures for particular goods and services.
(3). Notwithstanding the requirement that the original government contract
is fully binding on the parties, the parties have agreed to modify certain technical
11 P a g e
provisions of the original government contract as applied to this Contract between
the Vendor and the City, as follows:
N/A.
(a). Time Period ("Term") of this Contract: (state N/A if this is not applicable).
(b). Insurance Requirements of this Contract: (state N/A if this is not
applicable). N/A.
(c). Notwithstanding anything in the original government contract to the
contrary, the City's terms and conditions relating to the issuance of purchase orders
or work orders, or referenced in such documents, shall prevail over any inconsistent
provisions of the original government contract.
(d). Address change for the City: Notwithstanding the address and contact
information for the government entity as set out in the original government contract, the
Vendor agrees that he/she/it shall send notices, invoices and shall conduct all business
with the City to the attention of City Manager, at: City of Sanford, 300 North Park Avenue;
Sanford, Florida 32771. The City Manager's designated representative for this Contract
is Marisol Ordofiez, Purchasing Manager, Finance -Purchasing Division, 300 North Park
Avenue; Sanford, Florida 32771, telephone number (407) 688-5028 and whose e-mail
address is Marisol.ordonez@sanfordfl.gov.
(e). Notwithstanding anything in the original government contract to the
contrary, the venue of any dispute will be in Seminole County, Florida. Litigation between
the parties arising out of this Contract shall be in Seminole County, Florida in the Court
of appropriate jurisdiction. The law of Florida shall control any dispute between the parties
2 1 P a g e
arising out of or related to this Contract, the performance thereof or any products or
services delivered pursuant to such Contract.
(f). Notwithstanding any other provision in the original government contract to
the contrary, there shall be no arbitration with respect to any dispute between the parties
arising out of this Contract. Dispute resolution shall be through voluntary and non-binding
mediation, negotiation or litigation in the court of appropriate jurisdiction in Seminole
County, Florida, with the parties bearing the costs of their own legal fees with respect to
any dispute resolution, including litigation.
(g). Notwithstanding any other provision in the original government contract to
the contrary, the Vendor shall provide the City with most favored nation pricing.
(h). All the services to be provided or performed shall be in conformance with
commonly accepted industry and professional codes and standards, standards of the
City, and the laws of any Federal, State or local regulatory agency.
(i). Public Records Requirements.
CONTRACTOR/VENDOR
119, FLORIDA STATUTES, TO THE CONTRACTOR'S
i15 U[i11,l IF 1 •1 11• �, •
uj 1. kimii! • .' 1' •in,
. ► Z
TRACI HOUCHIN, MMC, FCRM, CITY CLERK, CITY OF
1'B i PTIIWT•
IIIIA: III:
31 Pa -e
SANFORD, FLORIDA 32771,
ilh� HIN,•
(11). In order to comply with Section 119.0701, Florida Statutes,
public records laws, the Vendor must:
(A). Keep and maintain public records that ordinarily and
necessarily would be required by the City in order to perform the
service.
(B). Provide the public with access to public records on the
same terms and conditions that the City would provide the records
and at a cost that does not exceed the cost provided in Chapter
119, Florida Statutes, or as otherwise provided by law.
(C). Ensure that public records that are exempt or
confidential and exempt from public records disclosure
requirements are not disclosed except as authorized by law.
(D). Meet all requirements for retaining public records and
transfer, at no cost, to the City all public records in possession of
the Vendor upon termination of this Contract and destroy any
duplicate public records that are exempt or confidential and exempt
from public records disclosure requirements. All records stored
electronically must be provided to the City in a format that is
compatible with the information technology systems of the City.
4 1 P a e
(111). If the Vendor does not comply with a public records
request, the City shall enforce the provisions of this Contract in
accordance with the terms and conditions of this Contract.
(IV). Failure by the Vendor to grant such public access and
comply with public records requests shall be grounds for immediate
unilateral cancellation of this Agreement by the City. The Vendor shall
promptly provide the City with a copy of any request to inspect or copy
public records in possession of the Vendor and shall promptly provide
the City with a copy of the Vendor's response to each such request.
0). All other provisions in the original government contract are fully binding on
the parties and will represent the agreement between the City and the Vendor.
Entered on the last date of a signatory hereto as set forth below.
Attest:
Authdized Signatory
Printed Name:
v F,4
Attest:
I� 13141,%MMOa F -MM
Traci Houchin, City Clerk, MMC, FCRM
Approved as to form and legal suffi
/— . rP o7 n1
William L. Colbert City Attorney
Blue Lines Innovations, LLC, a Florida
limited liability company.
By:
e
CatA o' N�Sl h
Nas�
Sole Manager/7MI-,m er
Date: ,
51 Page
Exhibit "A"
[Attach original government contract documents]
°Respect Lakeland Police Depaft0ne8Bt
Integrity
, Team �n� Garcia .��"°" ��WNr� ^`�"�D ~'�[I�a
Excellence Chb/o/7hlice
August 19, 2020
Blue Line Innovations
1101Clare Avenue
West Palm Beach, Florida 33401
Attn: Cathie Nash
Rahaxanoe: City ofLakeland Bid #0210
Annual Purchase ofUniforms for the Lakeland Police Department
Dear Ms. Nash:
The referenced bid was awarded toyour business September 2O1Qand subsequently provides
for the annual purchase of uniforms for the Lakeland Police Department through September 30.
2020. The bid specification provides for up to (4) one-year renewals of the contract based upon
mutual consent. It is the daoina of the Lakeland Police Department to exercise the option to
extend the existing contract through September 3O.2O21.
Please indicate below your acceptance or rejection of this proposed action and nabunn to my
office within two (2) weeks of the deba of this memorandum. It can be mailed, emailed
( )orfaxed (D83.834.SA84)back. Thank you.
Sincerely,
RUBENGARCiA
CHIEF OF
Charles Dormer
Fiscal Operations Manager
/
�� Accepted under existing hynno of contract
13 Accepted with modifications as follows:
0 Rejected
BID SHEET:
ANNUAL PURCHASE OF UNIFORMS
For the
LAKELAND POLICE DEPARTMENT
JULY 8, 2019
BID NO. 9210
THIS BID SHALL BE VALID FOR NINETY (90) DAYS FROM DATE OF OPENING
Company Name Blue Line Innovations, LLC.
Company Address 1101 Clare Avenue
City West Palm Beach
State Florida
Telephone5( 61 i 444-6660 Fax(
E -Mail Address Lea@goblueline.com
Zip _33401
The following Bid is in strict accordance with the City of Lakeland Invitation to Bid No. 9210, dated July 8,
2019, and all attachments as referenced therein:
This Bid shall be F.O.B. Delivered with Full Freight Allowed and a Total Firm Price for all of the work
outlined in the attached specifications.
A. Bid Pricing for Purchase and Delivery of Uniforms for the Lakeland Police Department in
Complete Accordance with the attached specification:
SEE ATTACHED PRICING PAGE
B. Discount to be applied to items that are not specifically included in this bid: 20 Percent (%}
off the manufacturer's list price.
C. Please State the Name, Address and Telephone Number of the Branch Office that Serves the
Lakeland, Florida Area where Technical Expertise is Available.
Name
Address
Blue Line Innovations, LLC. 1101 Clare Avenue, West Palm Beach, FL 33401
Bid Sheet continued on the next page:
Telephone
561-444-6660
BID SHEET CONTINUED:
ANNUAL PURCHASE OF UNIFORMS
For the
LAKELAND POLICE DEPARTMENT
JULY 8, 2014
BID NO. 9210
D. Please List a Minimum of Three (3) Projects that Your Company Has Successfully Completed
Within the Past Three (3) Years which are of Equal Size, Scope, Magnitude and Complexity as the
Project to be Done for the City of Lakeland. This List shall be Specifically Prepared for this Bid
Submittal and Should Include the Name of the Entity and the Name and Telephone Number of a
Responsible Individual Qualified to Respond to Questions Concerning Your Company's Abilities,
Costs, Schedules, etc. Note: Prior successful accomplishment of such equal work will be a
consideration in determining whether the Bidder is qualified to perform the work specified herein.
Company Name
1. Tequesta Police Department
2. Wauchula Police Department
3. Hendry County Sheriffs Office
E. Schedule:
Contact Person
Lt. Keith Smolen
Asst. Chief Matthew Whatley
Melissa Barrett
Telephone Number
772-263-3406
863-245-9124
863-674-5628
Orders can be delivered in 1 to 30 calendar day(s) after receipt of Purchase Order.
Terms of Payment Offered Net 45
Note: Payment shall be made within forty-five (45) days of receipt of invoice in accordance with Florida
Statute §218.74, the Local Government Prompt Payment Act.
Bid Sheet continued on the next page:
BID SHEET CONTINUED:
ANNUAL PURCHASE OF UNIFORMS
For the
LAKELAND POLICE DEPARTMENT
JULY 8, 2019
BID NO. 9210
"I hereby certify that I understand and am aware that the City of Lakeland at its sole discretion reserves
the right to waive technicalities or irregularities, to reject any or all bids, and/or to accept that bid which is
in the best interest of the City. The award of this bid, if made, may be based on considerations other than total
cost and may be awarded based on various considerations, including without limitation; Bidder's experience
and/or qualifications, past experience, administration cost, standardization, technical evaluation and oral and/or
written presentations as required. The City reserves the right to accept all or part, or to decline the whole, and to
award this bid to one (1) or more Bidders. There is no obligation to buy. The bid, if awarded, will be in the
judgement of the City the most responsive to the City's needs. The City of Lakeland encourages the use of
minority and women -owned businesses as subcontractors or in joint venture arrangements. Unless superseded by
Federal or State laws or requirements, the City is authorized by Resolution No. 3634 to give preference to local
persons, firms or corporations, in an amount of two percent (2%) not to exceed $10,000 of the bid price. Any
bidder sent three (3) or more invitations to bid and fails to respond may be removed from the City bid list."
Blue Line Innovations LLC
Company Name
Authorized Signature
Lea Winegardner
Name of Contact for Questions
(Please Print or Type)
07/25/2019
Date Signed
561-797-7939
Telephone No. of Contact
Lakeland Police Department
Uniform Bid Specification
SCOPE
The City of Lakeland is looking for a vendor to supply uniforms to the Lakeland Police
Department. The only manufacturer that will be excepted is Blauer. The specific Blauer products are
identified on the Bid Sheet included with the Invitation to Bid. No manufacturer substitutions will be
allowed.
SCHEDULE
Time is the of the essence of this contract, and as such, the successful bidder shall deliver the
orders within (30) calendar days after the order has been placed. Exceptions to this requirement will
include non-standard sizes and products on back order from the manufacturer.
PLACEMENT OF ORDERS
Preference will be given to vendors that have an on-line ordering program
GUARANTEES
The VENDOR guarantees that all merchandise delivered shall have complete guarantee of the
manufacturer, and that the entire sizing made by the VENDOR shall be correct. VENDOR shall replace
defective merchandise or miss sized merchandise upon notification by the Owner, and at no cost to the
OWNER.
TERM OF CONTRACT:
This contract if placed shall be firm and valid through September 30, 2020 with the option for
four (4) one-year renewals upon mutual consent.
X
00
y
LL
00
f�-
c6
co
cri
to
6c>
69.
60.
O
r-
t-
C.
O
0
C6
0)
CV
L6
.
::�
.
.
.
C'7
C7
t--
r--
6
6
06
c6
6
co
U-)
m
61).
m
6.3-6,
i
i
m
U3.
m
619,
m
61)�
m
6%
IV'
.6%
lq*
61),
m
V�
m
69-
r--
61��
tp+
w,
0)
fa
LO
-,T
t3
Lr)
6?
01
co
IWO
64
N
>
VWI
>
E
LU
L
tn
67
>
0
>
>
i N9
oo`ni00000000
00
46
>
>
>
>
>
>
>
>
>
>>
,o
O4
0
N
Ci)
-
d0
Y
O
0
in
vi)
4-
U
F -.)F7
0
CL-
LL-
j-
W
W
F-,
01
4-
+-
U)
U.)
rh
w
=1
Y
F -V
j=
N:3
w
4)
Cl)
u
4-
u
Z
4�
L.
o
L.
5
(J)
CL
rL
o-
tn
to
ul
cin
V)
=
co
Cj
0
14-
4-
r
4
Lo
0
4-
4-
4W
Ln
(n
tn
w
Cl)
Je
-2
w
CL
r-
W
0)
0)
—
-X
u
11)
0
CL
-Y
U
U)
4-
u)
4-
CL
V)
0-
V)
Q.
0.
U)
U)
U)
0
CL
0
CL
fl)
CD
0)
=
V)
(n
Cf)
J)
-J
'o
'D
u
0
v
0
W
W
0
co
a)
4-
E-
0)
r
(S)
CL
C)-
U
V)
>
I
W
co
U)
C3
:3
W
>
0)
(j)
0
V
til
co
A
A
OF
&-
o
ca
co
CO
m
m
W
mm
-2
m
cs
dmm
_a
m
m
ca
o`3
o-
ZI
co
CO
Lc)r,
o
0
C:)
0
Lr)
I,
In
0
LO
C\j
10
m
(n
cy)
cv)
M
'o
�,o
'o
ro
�O
10
b
00
Oo
co
co
00
OD
co
'o
00
'D
00
%0
00
w
00
w
oo
N
C\l
00
C)o
00
00
I
Hold Harmless/Indemnification
VENDOR
To the fullest extent permitted by laws and regulations, and in consideration of the amount stated
on any Purchase Order, the Vendor shall defend, indemnify, and hold harmless the City, its
officers, directors, agents, guests, invitees, and employees from and against all liabilities,
damages, losses, and costs, direct, indirect, or consequential (including but not limited to
reasonable fees and charges of engineers, architects, attorneys, and other professionals and court
and arbitration costs) arising out of or resulting from any acts of negligence, recklessness or
intentional wrongful misconduct related to the product by the Vendor or any person or
organization directly or indirectly employed by Vendor in furnishing the product or anyone for
whose acts any of them may be liable.
In any and all claims against the City, or any of its officers, directors, agents, or employees by
any employee of the Vendor, any person or organization directly or indirectly employed by
Vendor in furnishing the product or anyone for whose acts any of them may be liable, this
indemnification obligation shall not be limited in any way by any limitation on the amount or
type of damages, compensation, or benefits payable by or for the Vendor or other person or
organization under workers' or workmen's compensation acts, disability benefit acts, or other
employee benefit acts, nor shall this indemnification obligation be limited in any way by any
limitation on the amount or type of insurance coverage provided by the City or the Vendor. To
the extent this Indemnification conflicts with any provision of Florida Law or Statute, this
indemnification shall be deemed to be amended in such a manner as to be consistent with such
Law or Statute.
Applicability: It is the express intent of the Vendor that this agreement shall apply for the
project(s) or time period indicated below. (Check and complete one):
(OR)
J Agreement is applicable to all contracts, purchase orders and other work
performed for the City of Lakeland for the time period of not more than
five (5) years.
10/1/2019 to
(Date)
9/30/2024
(Date)
Agreement is limited to Bid #, Purchase Order #, Requisition # ,
or Contract dated
Subrogation: The Vendor agrees by entering into this contract to a Waiver of Subrogation for
each required policy herein. When required by the insurer, or should a policy condition not
permit Vendor to enter into a pre -loss agreement to waive subrogation without an endorsement,
then Vendor agrees to notify the insurer and request the policy be endorsed with a Waiver of
Transfer of Rights of Recovery .Against Others, or its equivalent. This Waiver of Subrogation
requirement shall not apply to any policy, which includes a condition specifically prohibiting
such an endorsement, or voids coverage should Vendor enter into such an agreement on a pre -
loss basis.
Page 1 of 2
Release of Liabitity: Acceptance by the Vendor of the last payment shall be a release to the
City and every officer and agent thereof, from all claims and liability hereunder for anything
done or furnished for, or relating to the work, or for any act or neglect of the City or of any
person relating to or affecting the work.
Savinus Clause: The parties agree that to the extent the written terms of this
Indemnification conflict with any provisions of Florida laws or statutes, in particular Sections
725.06 and 725.08 of the Florida Statutes, the written terms of this indemnification shall be
deemed by any court of competent jurisdiction to be modified in such a manner as to be in full
and complete compliance with all such laws or statutes and to contain such limiting conditions,
or limitations of liability, or to not contain any unenforceable, or prohibited term or terms, such
that this Indemnification shall be enforceable in accordance with and to the greatest extent
pennitted by Florida Law.
STATE OF: Florida
COUNTY OF: Palm Beach
Blue Line Innovations, LLC
Name of Organization__...._
BY: m
ignatu r'OfvnerorOfficer
Cathie@goblueline.com
E -Mail Address
561-444-6660
Organization Phone Number
The foregoing instrument was acknowledged before me thisday of c_. 2019
by Catherine Nash of Blue Line Innovations, LLC
Printed Name of Owner / Officer Corporate or Company Name
He/She is personally known to me or has produced rZ, D N200-123-62-747-0 as
State Drivers License Number
identification, and did V I did not _ take an oath.
Signature of Person ra ,mg Acknowledgment
Printed Name of Person 'Faking Acknowledgment
CITY OF LAKELAND
BY:
Joyce Dias, Director of Risk Management
i",
EEMMANUEL PORTAL
Notar Public - State of Florida
Commission # GG 031727
'�My Comm. Expires Sep 19, 2020
' 90nded throw National Notary Assn,
Notary Seal
DATE
Revised date: December 20, 2018
Page 2 of 2
Ar' R > CERTIFICATE OF LIABILITY INSURANCE
'""(gym
��,..
11/05PL019
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED
REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER.
IMPORTANT. if the Certificate holder is an ADDITIONAL INSURED, the pollcy(ies) must "dorsed. If SUBROGATION IS WAIVED, subject to the
terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate docs not confer rights to the
certificate holder in lieu of such endorsement(s).
PRODVM
S en=Oichin
FAX
PHONE 7115 X512 A1C No: 844 ML -6448_
At
Insurance Express.COm
2005 Vista PKWY Ste 200
ESS: I % inr:Prr:=ac gam_
INSt1RER(S) AFFORDING COVERAGE NAIL 9
West Palm Beach FL 33411
INSURERA: James River Insurance Company
�j
IrNBUREo
Blue Line Inrovatlorls, LLC—!P5!URERB:
---
1101 Clare Ave Unit 1
iNsuRC
WEST PLM BCH FL 33491
1NSURERD ` _
�I
i POUCY ; PRO- 1 j LOCSINGLE
INSURER E
i
INSURERF:
Ll IT
E { 8ccltlBtrtY _
nniir_nanra n==• MnAr ul,aa Ml W- R vlf iVlY nSYiaiGCiti
vTHIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER
DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS.
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
I TYPE OF INADOL POLICY
SURANCE POLICYNUMBER 3(Memply=M
t.1M[TS
GENERAL LIABILITY { i
EACH OCCURRENCE
$ 1 640A00 — -
�� j
DdMRT0;4ENT-
rrlsES�Eaaaurlenca) ,�t
a 1Q00,000___--
} iMERCIALGENERALLIASIUTY
ClAIMSMADE OCCUR )I
1111117/20PERSONAL
D EXP (Any anpwan)
$5,000
S 1000 000
t}00$9835 0 111/172019 19
& ADV INJURY
�j
GENERALAGGREGATE
s2,000,000
$
`
GENLAGGREGATE LIMIT APPLIES PER: i
PRODUCTS -COMPIOPAGG
�I
i POUCY ; PRO- 1 j LOCSINGLE
AU—OBILE LIABILITY F I
Ll IT
E { 8ccltlBtrtY _
s
I ANY AUTO I
50DILY INJURY (Per person)
Sp v�
—k
ALL OWNED i- i SCHEDULED
BODILY INJURY (For aWdent)
S
• {
AUTOS - NOWOWNED I
PRY? LRi1 i AIXA
per
S
i HIREDAUTOS (i AUTOS p
UMBRELLA LIAR j OCCUR (
t._EACH OCCURRENCE__
$ —._—. ..
•.__,k
EXCF$S�
LIAS CLAIMSEI j !
AGGREGATE
S
( DED 77 RETENTION $
i
I $
WORKERSS
AND EMPLOYERS' LII
U{_$
^ _pRYMT
ANY PROPRIETORPARTNERIEXECUTIVE—] !
I EL._EACH ACCIDENT
�
N / A
OFFiCEWEMBER EXCLUDED? i
(Mandatory In NH)
' E.L. DISEASE - EA EMP .._._,_..
5 ._...._..__ _. ._.. _..-.
Iipas, dewera under
.. _ } (
I E.L.oISEASE-POLICYDMIT
6
1 {I
DESCRIPTION OF OPERATIONS I LOCATIONS! VEHICLES (Attach ACORD 101, Additional Remarks Seiwdute, I mwe apace fs ra"Imcf)
GEIRTIFIGATt3 HULIltK a.xn�cr-i nrrvw
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
ACCORDANCE WITH THE POLICY PROVISIONS.
AUTHORIZED REPRESENTATIVE
� �Ea
f01958-2010 ACORD CORPORATION. All rights reserved.
ACORD 25 (2010105) The ACORD name and logo are registered marks of ACORD